Skip to main content

An official website of the United States government

You have 2 new alerts

Oil Skimmer Overhaul

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Mar 04, 2022 03:13 pm EST
  • Original Published Date: Mar 03, 2022 08:55 am EST
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 18, 2022
  • Original Inactive Date: Mar 18, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
  • Place of Performance:

Description

Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for Oil Skimmer Overhaul Services. The required items are for commercial items prepared in accordance with the information in FAR subpart 12.6 and FAR part 13, as supplemented with the additional information included in this notice.

The requirement will be solicited as a 100% small business set aside. All small businesses are encouraged to respond. The North American Industry Classification Standard (NAICS) code applicable to this procurement is 336611. The small business size standard is 1,250. The Product Service Code is J019.

The period of performance for this acquisition is anticipated to be 15 April 2022 through 1 July 2022. Inclusion of FAR 52.217-8 is recommended.

THE SOLICITATION IS NOW AVAILABLE.

The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form.  Once available, the solicitation will be posted on SAM, https://sam.gov.  The solicitation is expected to be available 4 March 2022.

Solicitation N42158-22-Q-S020 and subsequent amendments will be posted to this website (sam.gov).  Prospective Offerors are responsible for downloading their own copy of the solicitation and for frequently monitoring the SAM website for solicitation amendments.  The Government is not responsible for inability of the Offerors to access solicitation documents posted.  Prospective Offerors should also register on SAM on the interested vendor list under N42158-22-Q-S020.  No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.  Offerors must also be registered in the System for Award Management in order to participate in this procurement at https://sam.gov.

All responsible sources may submit a quotation, which shall be considered by the Government. By submitting a quotation, the Offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency.  Failure to do so may represent grounds for refusing to accept the quotation.  By submission of a quotation, the Offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States.  Lack of registration in the SAM database will make an Offeror ineligible for award.  Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://sam.gov. 

All questions shall be submitted in accordance with the solicitation, dates and procedures.  Please direct all questions regarding this requirement to the Contract Specialist, Eric Lofquist, at eric.lofquist@navy.mil

Contact Information

Contracting Office Address

  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA

Primary Point of Contact

Secondary Point of Contact





History